Sources Sought: Pharmacy Biological Safety Cabinets for Fort Thompson IHS in Fort Thompson, South Dakota and Kyle IHS in Kyle, South Dakota.
Sources Sought Notice Number: IHS-SS-25-1509589
This Sources Sought Notice is for informational and planning purposes only and shall not be construed as a solicitation, an obligation or commitment by the Indian Health Service.
This notice is intended strictly for market research to determine the availability of Indian Small Businesses Economic Enterprise (ISBEE), Indian Economic Enterprises (IEE), or Other Small Businesses.
Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. The anticipated applicable NAICS code for this acquisition is 334516, Analytical Laboratory Instrument Manufacturing- other relevant NAICS codes will be considered based on responses received (laboratory supplies, etc.)
1.0 BACKGROUND
The Indian Health Service (IHS) plans to purchase two pharmacy biological safety cabinets. One for the Fort Thompson IHS Health Center in Fort Thompson, South Dakota and one for the Kyle IHS Health Center in Kyle, South Dakota.
1.1 OBJECTIVE
The primary objective will be to purchase pharmacy biological safety cabinets.
2.0 SCOPE
Contractor shall provide to the Great Plains Area Indian Health Service, hereafter referred to as the Government, with the services described in this statement of work for the period specified on the issued purchase order and any modifications or amendments.
The contractor shall provide all resources necessary to accomplish the tasks and deliverables described in this Statement of Work (SOW). The contractor shall provide confirmation that they are an authorized distributor of NuAire Pharmacy/ Lab Biological Safety Cabinets and Fume Hoods designated for use in a clinical setting if they are not the Original Equipment Manufacturer (OEM). Interested parties suggesting an “or equal” product must demonstrate their product meets or exceeds the salient characteristics of the requested items. Contractor shall arrange for shipping the equipment and supplies to the following addresses:
Fort Thompson IHS Health Center Kyle IHS Health Center
Attn: Biomed/Pharmacy Attn: Biomed/Pharmacy
1323 BIA Route 4 1000 Health Center Road
Fort Thompson, SD 57339 Kyle, South Dakota 57752
Freight services must include a lift gate as well as a means by which to transport the equipment to Property & Supply (pallet jack). It will be the responsibility of the Service Unit to identify an operational location which will meet the installation and operational requirements of the equipment. Any modification/ renovation to an identified space needed to meet the operational requirements for the equipment will be the responsibility of the Service Unit.
QUALITY CONTROL:
The Government reserves the right to perform a validation/incoming performance & safety inspection.
3.0 TYPE OF ORDER
This is a firm fixed price purchase order.
4.0 ANTICIPATED PERIOD OF PERFORMANCE
The period of performance of this contract is 120 days from the date of issuance.
5.0 PLACE OF PERFORMANCE
IHS facilities in Fort Thompson, South Dakota and Kyle, South Dakota
6.0 REPORT(S)/DELIVERABLES AND DELIVERY SCHEDULE
Complete deliverables schedule listed below.
DELIVERABLES
LabGard Class II, Type A2 Biosafety Cabinet NU-543-310UB00
IV Bar w/ 6 hooks, 3 height locations NU-3M262
Telescoping Base Stand w/ Casters NU-500-158
Variable Flow Exhaust Transition w/ Flow Sensor NU-911-300
Silicone Connection Sleeve Kit NU-940-001
One of each item to both locations delivered no later than 120 days after award.
7.0 PAYMENT
One-time payment in arrears after approval of delivery, set up, and passed safety inspection.
Additional Information:
A. Anticipated Period of Performance:
Period of Performance: 08/1/2025 through 12/1/2025.
B. Capability Statement/Information:
Interested parties are expected to review this notice to familiarize itself with the requirements of this project. Failure to do so will be at your firm’s own risk. The following information shall be included in the capability statement:
1. A general overview of the respondents’ opinions about the difficulty and/or feasibility of the potential requirement, and any information regarding innovative ideas or concepts.
2. Information in sufficient detail of the respondent’s (a) current capability and capacity to perform the work; (b) prior completed events of similar nature/size; (c) organizational experience and management capability; and (d) examples of prior completed Government contracts and other related information.
3. Documentation on the capability of fulfilling this requirement. Evidence of an Offerors ability to fully satisfy the requirements described above must be provided.
4. The respondents’ DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HUBZone, etc.) Pursuant to the North American Industry Classification System (NAICS) code: 334516, Analytical Laboratory Instrument Manufacturing, or comparable NAICS
5. Any other information that may be helpful in developing or finalizing the requirements of the potential acquisition.
6. The capability statement shall not exceed 10 single-sided pages (including all attachments) presented in single-space and using a 12-point font size minimum, in either Microsoft Word or Adobe Portable Document Format (PDF), with 8-1/2 by 11 inch paper size, and 1 inch top, bottom, left and right margins.
7. All proprietary information should be marked as such. Statements should also include an indication of current certified small business status; this indication should be clearly marked on the first page of your capability statement (preferably placed under the eligible small business concern’s name and address). Responses will be reviewed only by IHS personnel and will be held in a confidential manner.
C. Closing Statement
Point of Contact: Erin Doering Contract Specialist, at [email protected]
Submission Instructions:
Interested parties shall submit capability via email to Erin Doering Contract Specialist, at [email protected] . Must include Sources Sought Number IHS-SS-25-1509589 in the Subject line. The due date for receipt of statements is July 11, 2025 1:00 p.m. Eastern Time.
All responses must be received by the specified due date and time in order to be considered.
This notice is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of IHS.
IHS does not intend to award a contract on the basis of responses nor otherwise pay for the preparation of any information submitted. As a result of this notice, IHS may issue a Request for Quote (RFQ).
THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. However, should such a requirement materialize, no basis for claims against IHS shall arise as a result of a response to this notice or IHS’s use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement.
Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization’s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in SAM.gov. However, responses to this notice will not be considered adequate responses to a solicitation.
Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response.